Planning

Special Educational Setting (SES) Sight Test Service for Children and Young People

NHS MID AND SOUTH ESSEX INTEGRATED CARE BOARD

This public procurement record has 1 release in its history.

Planning

06 Jan 2026 at 16:55

Summary of the contracting process

The NHS Mid and South Essex Integrated Care Board has initiated a procurement process for delivering a Special Educational Setting (SES) Sight Test Service for children and young people. The contract, valued at £570,000, is planned to commence on 9th February 2026 and conclude by 8th January 2028. It seeks to improve access to eye tests for pupils in special education schools across Essex, with an estimated uptake of 3,520 sight tests annually. The procurement is in the planning stage, utilising the Most Suitable Provider (MSP) process under the Health Care Services (Provider Selection Regime) Regulations 2023. Key dates include a future notice on 6th January 2026. The selected integrator will work with local accredited optometry practices to deliver this service, ensuring it aligns with NHS standards for performance and risk management.

This tender presents a significant opportunity for businesses that specialise in healthcare services, specifically those with a focus on optometry. Businesses that hold local contracts with a history of executing large-scale community eye care and partnerships with local optometry practices would find this opportunity particularly suitable. Furthermore, the procurement encourages innovative digital platforms, integration with hospitals, and enhanced services, which can drive business growth. The process supports local economic resilience, offering potential providers an avenue to develop their subcontracting models within NHS frameworks and contribute to the community’s social value and healthcare quality. Such opportunities can foster partnerships, expand service provision, and align with NHS Long Term Plans, reinforcing business growth within health and social work services across the Essex region.

How relevant is this notice?

Notice Information

Notice Title

Special Educational Setting (SES) Sight Test Service for Children and Young People

Notice Description

NHS Mid and South Essex Integrated Care Board (the Authority) intends to award an Integrator contract to deliver the Special Educational Setting (SES) Sight Test Service for children and young people through local accredited optometry practices, following the Most Suitable Provider (MSP) process under the Health Care Services (Provider Selection Regime) Regulations 2023. Children under 16 (or up to 19 in full-time education) are entitled to free NHS eye tests, but pupils in special education schools face barriers to access. A successful NHS England pilot demonstrated benefits of delivering sight tests and advice in school settings. The NHS Long Term Plan committed to this service for residential settings, extended in 2023 to day schools. Funding is now recurrently allocated to ICBs from 2025/26. The ICB considers an integrator model most suitable, where a lead organisation coordinates and performance-manages local optometrists rather than the ICB holding multiple contracts. This approach supports Essex-specific partnerships, supply chain accountability, integration, measurable value, and social impact. In applying the Process, the Authority has assessed the five Key Criteria and reviewed NHSE pre-market engagement data to confirm provider capability and local connections. Based on this, the Authority believes it can identify the MSP without a competitive process. The scope of the service is to deliver sight tests for pupils attending special education schools across Essex (including activity associated with the Authority's successor Essex ICB's geographical footprint which covers North East Essex and West Essex also). There are an estimated 4,400 pupils in total across Essex within these schools and the service is based on an assumed uptake of 80%, equating to approximately 3520 sight tests per year. Further details are available in sections II.2.4), II.2.14), and VI.3).

Lot Information

Lot 1

The Authority proposes to procure an Integrator organisation via the Most Suitable Provider Process (MSP) in accordance with the Provider Selection Regime (PSR). The contract will be a block contract commencing 9 February 2026 - 8 January 2028. Scope and Responsibilities The Integrator will: * Validate pupil numbers and financial assumptions during mobilisation. * Establish IT systems and reporting mechanisms. * Engage schools to promote service uptake. * Recruit and train subcontractors (optometrists). * Ensure delivery of annual sight tests for pupils in special education schools across Essex. Further details are in Docs 3a and 3b - Specification. Contractual Framework * The Integrator contract will use the Standard NHS Contract (short form), covering all performance and risk requirements. * Subcontractor agreements will be governed by the General Ophthalmic Services (GOS) Contract, per the national model. * Delivered under a block funding model, capped at NHS England allocation. Activity above the cap is at the Integrator's risk; underspend will be reinvested into service improvement. * Provisions allow permitted modifications under Regulations and NHS Standard Contract change control. Known future modification: geographic expansion beyond Mid and South Essex to the wider Essex ICB footprint. Estimated Value The estimated aggregate value (including known modifications) is PS570,000. Important Notice for Potential Providers The Authority will only consider organisations that: * Meet basic selection criteria (Reg 19). * Are not excluded or excludable (Reg 20). * Demonstrate capability across the five key criteria (Reg 5). Basic Selection Criteria Providers must: * Have a General Optical Council (GOC)-registered optometrist in senior leadership. * Hold an existing local contract for ease of mobilisation. * Demonstrate a proven track record in: o Partnerships with local accredited optometry practices. o Collaboration with independent and national opticians. o Working with the Local Optical Committee (LOC). o Commissioning and managing NHS eye care services, including subcontracting. * Ensure compliance with specification and contract terms across subcontractors, operating within the fixed tariff of at least PS85 per sight test. * Show strong experience of and understanding of the GOS contract and governance. Key Criteria Assessment Providers must demonstrate capability across five areas: 1. Quality and Innovation (20%) o Experience delivering large-scale community eye care. o Proven model integrating independent and multiple practices with robust assurance. o Innovative digital platforms for referral and coordination. o Integration with hospital ophthalmology services. o Delivery of enhanced services (e.g., MECS, post-cataract care, glaucoma monitoring). 2. Value (20%) o Financial model reinvesting into NHS eye care. o Leveraging local infrastructure to minimise costs. o Centralised contracting and IT systems for efficiency. o Evidence of cost savings through reduced hospital reliance. 3. Integration, Collaboration, Sustainability (20%) o Strong relationships with local services and LOC. o Governance structures to sustain delivery across diverse networks. 4. Access and Health Inequalities (20%) o Accessible care close to home, including rural areas. o Contracting with independent and multiple practices. o Enhanced services for vulnerable groups. 5. Social Value (20%) o Commitment to reinvestment, workforce development, and local economic resilience. o Funded clinical training for subcontractors. o Subcontracting model supporting local economies and sustainable employment. Providers unable to meet these criteria should not apply. The Authority will only consider organisations evidencing equivalent scale, governance, digital infrastructure, hospital integration, and reinvestment mechanisms. Additional information: Further details can be found at sections VI.3.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06006d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000831-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

85100000 - Health services

85120000 - Medical practice and related services

85121000 - Medical practice services

85121200 - Medical specialist services

85140000 - Miscellaneous health services

85141000 - Services provided by medical personnel

Notice Value(s)

Tender Value
£570,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Jan 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
6 Jan 2026Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
NHS MID AND SOUTH ESSEX INTEGRATED CARE BOARD
Contact Name
Not specified
Contact Email
amy.wilson@attain.co.uk
Contact Phone
Not specified

Buyer Location

Locality
BASILDON
Postcode
SS14 0UG
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLH3 Essex

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-06006d-2026-01-06T16:55:12Z",
    "date": "2026-01-06T16:55:12Z",
    "ocid": "ocds-h6vhtk-06006d",
    "description": "The Authority has published a Transparency Notice announcing its intention to follow the MSP process, based on the output of its MSP assessment. Unless otherwise specified in the MSP timeline available within the procurement portal, there is a minimum 14-day period for other suitably qualified and experienced providers to make themselves known in writing to the Authority. All Potential Provider(s) who make themselves known to the Authority will be required to complete an MSP Response within the eProcurement Portal (https://attain.ukp.app.jaggaer.com/web/login.html), testing whether they meet the Key Criteria, the Basic Selection Criteria and are not excluded or excludable providers under the Regulations. Organisations will need to register on the eProcurement Portal in order to complete an MSP Response. If more than one provider meets the requirements, the Authority may either re-issue it's MSP Process or it may switch to a competitive process. If the Authority's MSP Process indicates its initial analysis was correct and the Authority is able to identify the most suitable provider without competition, it will proceed to award the contract (following the 14-day standstill period). In accordance with Regulation 21 of the PSR the Authority is maintaining a Conflicts of Interest Register for this Process and any conflicts / how they are managed will be published alongside the confirmation of the decision to select the MSP in due course. In accordance with Regulation 13 of PSR, Modification of contracts during their term, the Services covered by the arrangement may change and expand over the Contract Term. Examples of areas that could be varied into the Contract for future delivery are available within the MSP Process Pack. Any queries regarding this Process (including requests to complete an MSP Response) should be directed to the Named Contact in this Notice and the email address provided herein.",
    "initiationType": "tender",
    "tender": {
        "id": "ACE-0849-MSE-SES Optical",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Special Educational Setting (SES) Sight Test Service for Children and Young People",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS Mid and South Essex Integrated Care Board (the Authority) intends to award an Integrator contract to deliver the Special Educational Setting (SES) Sight Test Service for children and young people through local accredited optometry practices, following the Most Suitable Provider (MSP) process under the Health Care Services (Provider Selection Regime) Regulations 2023. Children under 16 (or up to 19 in full-time education) are entitled to free NHS eye tests, but pupils in special education schools face barriers to access. A successful NHS England pilot demonstrated benefits of delivering sight tests and advice in school settings. The NHS Long Term Plan committed to this service for residential settings, extended in 2023 to day schools. Funding is now recurrently allocated to ICBs from 2025/26. The ICB considers an integrator model most suitable, where a lead organisation coordinates and performance-manages local optometrists rather than the ICB holding multiple contracts. This approach supports Essex-specific partnerships, supply chain accountability, integration, measurable value, and social impact. In applying the Process, the Authority has assessed the five Key Criteria and reviewed NHSE pre-market engagement data to confirm provider capability and local connections. Based on this, the Authority believes it can identify the MSP without a competitive process. The scope of the service is to deliver sight tests for pupils attending special education schools across Essex (including activity associated with the Authority's successor Essex ICB's geographical footprint which covers North East Essex and West Essex also). There are an estimated 4,400 pupils in total across Essex within these schools and the service is based on an assumed uptake of 80%, equating to approximately 3520 sight tests per year. Further details are available in sections II.2.4), II.2.14), and VI.3).",
        "value": {
            "amount": 570000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority proposes to procure an Integrator organisation via the Most Suitable Provider Process (MSP) in accordance with the Provider Selection Regime (PSR). The contract will be a block contract commencing 9 February 2026 - 8 January 2028. Scope and Responsibilities The Integrator will: * Validate pupil numbers and financial assumptions during mobilisation. * Establish IT systems and reporting mechanisms. * Engage schools to promote service uptake. * Recruit and train subcontractors (optometrists). * Ensure delivery of annual sight tests for pupils in special education schools across Essex. Further details are in Docs 3a and 3b - Specification. Contractual Framework * The Integrator contract will use the Standard NHS Contract (short form), covering all performance and risk requirements. * Subcontractor agreements will be governed by the General Ophthalmic Services (GOS) Contract, per the national model. * Delivered under a block funding model, capped at NHS England allocation. Activity above the cap is at the Integrator's risk; underspend will be reinvested into service improvement. * Provisions allow permitted modifications under Regulations and NHS Standard Contract change control. Known future modification: geographic expansion beyond Mid and South Essex to the wider Essex ICB footprint. Estimated Value The estimated aggregate value (including known modifications) is PS570,000. Important Notice for Potential Providers The Authority will only consider organisations that: * Meet basic selection criteria (Reg 19). * Are not excluded or excludable (Reg 20). * Demonstrate capability across the five key criteria (Reg 5). Basic Selection Criteria Providers must: * Have a General Optical Council (GOC)-registered optometrist in senior leadership. * Hold an existing local contract for ease of mobilisation. * Demonstrate a proven track record in: o Partnerships with local accredited optometry practices. o Collaboration with independent and national opticians. o Working with the Local Optical Committee (LOC). o Commissioning and managing NHS eye care services, including subcontracting. * Ensure compliance with specification and contract terms across subcontractors, operating within the fixed tariff of at least PS85 per sight test. * Show strong experience of and understanding of the GOS contract and governance. Key Criteria Assessment Providers must demonstrate capability across five areas: 1. Quality and Innovation (20%) o Experience delivering large-scale community eye care. o Proven model integrating independent and multiple practices with robust assurance. o Innovative digital platforms for referral and coordination. o Integration with hospital ophthalmology services. o Delivery of enhanced services (e.g., MECS, post-cataract care, glaucoma monitoring). 2. Value (20%) o Financial model reinvesting into NHS eye care. o Leveraging local infrastructure to minimise costs. o Centralised contracting and IT systems for efficiency. o Evidence of cost savings through reduced hospital reliance. 3. Integration, Collaboration, Sustainability (20%) o Strong relationships with local services and LOC. o Governance structures to sustain delivery across diverse networks. 4. Access and Health Inequalities (20%) o Accessible care close to home, including rural areas. o Contracting with independent and multiple practices. o Enhanced services for vulnerable groups. 5. Social Value (20%) o Commitment to reinvestment, workforce development, and local economic resilience. o Funded clinical training for subcontractors. o Subcontracting model supporting local economies and sustainable employment. Providers unable to meet these criteria should not apply. The Authority will only consider organisations evidencing equivalent scale, governance, digital infrastructure, hospital integration, and reinvestment mechanisms. Additional information: Further details can be found at sections VI.3.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85120000",
                        "description": "Medical practice and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121000",
                        "description": "Medical practice services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121200",
                        "description": "Medical specialist services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85141000",
                        "description": "Services provided by medical personnel"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH3"
                    }
                ],
                "deliveryLocation": {
                    "description": "Mid and South Essex"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-06T00:00:00Z"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-140989",
            "name": "NHS Mid and South Essex Integrated Care Board",
            "identifier": {
                "legalName": "NHS Mid and South Essex Integrated Care Board",
                "id": "QH8"
            },
            "address": {
                "streetAddress": "PO Box 6483",
                "locality": "Basildon",
                "region": "UKH3",
                "postalCode": "SS14 0UG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "amy.wilson@attain.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.midandsouthessex.ics.nhs.uk",
                "buyerProfile": "https://attain.ukp.app.jaggaer.com/web/login.html",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-140989",
        "name": "NHS Mid and South Essex Integrated Care Board"
    },
    "language": "en"
}